Beverly National Cemetery Grounds Maintenance Indefinite Delivery Indefinite Quantity for a base and four, one year option periods -- S208
ID: QSE--36C78625Q50034Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to provide comprehensive grounds maintenance services at Beverly National Cemetery. The contract encompasses a base year and four optional extension years, with a total maximum budget of $6 million, focusing on tasks such as turf management, headstone cleaning, snow removal, and adherence to National Cemetery Administration standards. This procurement is vital for maintaining the dignity and respect of the cemetery, which honors veterans interred at the site. Interested vendors must submit their quotes by 8:00 AM EST on February 28, 2025, and are encouraged to attend a mandatory site visit on February 18, 2025. For further inquiries, contact Antionette Collins at antionette.collins@va.gov.

    Point(s) of Contact
    Antionette CollinsContract Specialist
    antionette.collins@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a Combined Synopsis/Solicitation for grounds maintenance services at Beverly National Cemetery, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This solicitation (36C78624Q50034), with a base performance period from April 1, 2025, to March 31, 2026, includes four optional years. Interested vendors must submit quotes by 8:00 AM EST on February 28, 2025, and can attend a scheduled site visit on February 18, 2025. Responses must comply with a detailed proposal format, including three separate documents covering company information, technical capabilities, and pricing. The minimum contract value is $5,000, with a maximum total of $6 million over the contract's life. Significant emphasis is placed on maintaining the dignity and respect of the cemetery grounds, particularly regarding headstones and remains. All contractors must meet specific insurance, experience, and regulatory qualifications, with a clear expectation of achieving respect for all cemetery activities. This RFP reflects ongoing efforts to ensure veteran-centric services provided by qualified contractors, emphasizing SDVOSB inclusion in federal procurement.
    The document outlines the Price Cost Schedule for Grounds Maintenance Services at Beverly National Cemetery. It includes specifications for the Base Year and four subsequent Option Years, detailing a comprehensive list of maintenance tasks, all following the SCA Wage Determination 2015-4191. Key activities encompass general grounds maintenance, headstone and marker cleaning, turf fertilization, weed control applications, and various seasonal caretaking tasks such as shrub pruning and ceremonies for Memorial and Veterans Day. Each section is structured with Contract Line Item Numbers (CLIN) for tracking costs effectively. The estimated costs for each service are detailed, with the Base Year projected at an annual rate of $88,000. The document serves as a formal request for proposals (RFP), central to competitive bidding for federal funding, guiding contractors in their pricing and scope of work while ensuring adherence to labor standards. Through a systematic layout, the file emphasizes the importance of maintaining cemetery grounds with dedicated activities aimed at honoring veterans and ensuring the site's upkeep.
    The Beverly National Cemetery Grounds Maintenance Statement of Work outlines a contract for comprehensive landscaping services aimed at honoring veterans interred within its historical site. The contract includes one base year and four optional extensions, with a total maximum budget capped at $6 million. Suppliers are encouraged to inspect the cemetery prior to submitting bids, with a mandatory site visit scheduled for February 18, 2025. Key maintenance expectations include turf management, debris removal, and adherence to National Cemetery Administration (NCA) standards. Specific tasks involve regular mowing, trimming around headstones, cleaning of over 44,000 headstones prior to key holidays, and snow and ice removal during winter months. The contractor is also responsible for pest control and maintaining a high-quality visual standard across the cemetery grounds. Safety protocols, including compliance with OSHA standards and pesticide regulations, are mandated. This contract emphasizes the necessity for respect and dignity in maintaining the cemetery as a revered space for remembrance, illustrated by stringent operational standards and oversight by designated Cemetery Directors and Contracting Officers.
    The document details the Wage Determination No. 2015-4191, Revision No. 28, under the Service Contract Act (SCA) from the U.S. Department of Labor. It establishes minimum wage rates for service contracts in New Jersey, particularly in Burlington, Camden, and Gloucester counties, effective January 30, 2022. For contracts awarded after this date, the minimum wage is set at $17.75 per hour, or the higher applicable rate. The document lists various occupations with their respective wage rates and fringe benefits, including health and welfare allowances, vacation time, and paid holidays. It outlines requirements under Executive Orders regarding paid sick leave and contractor responsibilities regarding uniform provisions. Additionally, it discusses the conformance process for unlisted occupations, emphasizing the need for compliance with established wage rates. The purpose of this wage determination is to ensure fair compensation for workers engaged in contracts covered by the SCA, promoting compliance with federal labor standards in government contracts, grants, and RFPs. The detailed approach underscores the federal government's commitment to maintaining labor standards and protecting workers' rights in the context of public contracting.
    The document outlines requirements for Sub-Contractor Participation in federal contracting, specifically addressing the inclusion of small businesses within various socioeconomic categories. It begins with an identification of the prime contractor's size and category, distinguishing between small and other-than-small businesses, while also indicating if they belong to specific subsets like Service Disabled Veteran Owned Small Businesses (SDVOSB) or Woman-Owned Small Businesses (WOSB). A key section mandates the disclosure of the total contract value alongside a Minimum Quantitative Requirement (MQR) that specifies the dollar value and percentage of total contract value for participation by small businesses in different categories. Lastly, the document requires detailed information about sub-contractor participants, including their business size, products or services offered, and the percentage of work they will perform relative to the total contract value. The structure is designed to ensure the promotion of small businesses in government contracting, providing a framework for data collection on their participation rates. Overall, the document is a guide to enhance small business participation in federal contracts, emphasizing compliance with socioeconomic measures and transparency in subcontractor engagement.
    The ANSI A300 Standards document addresses the performance standards for the care and maintenance of trees, shrubs, and other woody plants. It serves as a guideline for federal, state, municipal, and private authorities when drafting maintenance specifications. The main focus is on tree pruning practices, emphasizing safety and the qualifications required for arborists performing this work. Various pruning objectives, such as improving tree health, aesthetics, and managing hazards, are outlined, with specific techniques described for different scenarios. The document asserts that no more than 25% of a plant's foliage should be removed annually and establishes standards for pruning cuts to avoid damaging the tree. Unacceptable practices like topping and lion’s tailing are expressly prohibited. Additionally, the report addresses specialty pruning for young trees, palms, and utility areas, ensuring compliance with safety regulations. Overall, the ANSI A300 standards aim to support effective and safe tree management while adapting to the needs of various stakeholders involved in urban and rural tree care operations.
    The document outlines a variety of federal and state funding opportunities aimed at supporting specific projects through Requests for Proposals (RFPs) and grants. It addresses the needs for project details, compliance with regulations, and the expectations for applicants when submitting proposals. The emphasis is on achieving objectives aligned with federal and state goals, particularly in areas such as infrastructure development, environmental sustainability, and community services. Applicants are encouraged to demonstrate innovative solutions and effectiveness in addressing pertinent issues within their proposals. The document serves as a vital resource for organizations aiming to obtain funding, detailing application processes, eligibility criteria, and evaluation standards that ensure successful outcomes aligned with public interests.
    Similar Opportunities
    Tree Maintenance for Biloxi National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tree maintenance services at the Biloxi National Cemetery in Mississippi. The contract involves various tasks including tree removal, pruning, trimming, and stump grinding, with oversight required from a certified arborist to ensure compliance with environmental regulations and aesthetic standards. This initiative underscores the importance of maintaining the cemetery grounds while supporting veteran-owned enterprises. Proposals must be submitted by February 17, 2025, with work scheduled to take place between February 1, 2025, and September 30, 2025. Interested vendors can direct inquiries to David Hester at David.Hester@va.gov.
    Amendment 001 Solicitation - 36C78625Q50121 - Danville, IL National Cemetery Grounds Maintenance, Janitorial & Irrigation System -- S208
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for grounds maintenance, janitorial, and irrigation system services at the Danville National Cemetery in Illinois. The contract, designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), spans a five-year term with a total potential value of $4.5 million, emphasizing the importance of maintaining the cemetery with dignity and respect for interred veterans. Key responsibilities include routine maintenance tasks such as mowing, debris removal, and headstone care, alongside managing irrigation systems and ensuring the cleanliness of facilities. Interested contractors must submit their proposals by 12:00 PM EST on February 19, 2025, and are encouraged to attend a site visit on February 14, 2024. For further inquiries, contact Contracting Officer Olalekan Ismail at olalekan.ismail@va.gov.
    Y1JZ--FY-25 | PROJECT NO. 804CM3021 | Beverly NC Repairs and Improvements Construction Project (VA-25-00043490)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Beverly National Cemetery Repairs and Improvements Construction Project (Project No. 804CM3021) located in Beverly, NJ. The project entails comprehensive repairs and enhancements to the Administration Building and historic rostrum, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and historic preservation standards. This initiative is crucial for maintaining the integrity and functionality of the cemetery, which serves as a significant site for veterans and their families. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids electronically by March 17, 2025, and are encouraged to contact Contracting Officer Sheryl Palacio-Davis at Sheryl.Palacio-Davis@va.gov for further details.
    Presolicitation Notice - Grounds maintenance services at the Bakersfield National Cemetery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide grounds maintenance services at the Bakersfield National Cemetery in California. The procurement includes a base year contract with four additional option years, focusing on maintaining the cemetery's landscape to ensure a respectful and well-kept environment for visitors and veterans. This service is critical for the upkeep of national cemeteries, reflecting the commitment to honor those who have served. The presolicitation notice indicates that the solicitation is expected to be published as early as November 22, 2024, and interested parties can contact Contracting Officer Ralph Crum at ralph.crum@va.gov for further information.
    Z2AA--Headstone Maintenance IDIQ Jefferson Barracks National Cemetery
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking bids for a Headstone Maintenance project at Jefferson Barracks National Cemetery, with a presolicitation notice indicating a release date of February 20, 2025. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), requires the contractor to manage all aspects of headstone maintenance, including the setting of new and replacement headstones, cleaning, and grave repairs, while adhering to Veterans Affairs policies and OSHA safety standards. This contract is particularly significant as it honors the final resting places of veterans, with a projected value between $5 million and $10 million, and is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. Interested firms must ensure they are registered at vetbiz.gov and SAM.gov, and can direct inquiries to Shane Hilts at shane.hilts@va.gov or by phone at 402-714-8099.
    Z2AA--Headstone Maintenance Ft Sheridan
    Buyer not available
    The Department of Veterans Affairs is seeking bids for a "Headstone Maintenance" contract at Fort Sheridan National Cemetery in Lake Bluff, Illinois. The contractor will be responsible for maintaining the cemetery, including overseeing interment operations, ensuring proper decorum during burial services, and adhering to National Cemetery Administration standards for safety and appearance. This contract, valued between $5 million and $10 million, is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded under a Firm-Fixed Price IDIQ format, with a performance period of one base year and four option years. Interested parties must be verified SDVOSBs registered with VetBiz and SAM, and should contact Shane Hilts at shane.hilts@va.gov for further details, with the solicitation expected to be announced around February 10, 2025.
    Grounds Maintenance VALLHCS Base +4
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for grounds maintenance services at the VA Loma Linda Healthcare System (VALLHCS) in California. The contract encompasses the maintenance of approximately 135,000 square feet of turf lawn, requiring tasks such as mowing, trimming, debris removal, and shrub maintenance, with a performance period spanning a base year and four option years, from March 1, 2025, to February 28, 2030. This procurement is critical for ensuring the upkeep of the facility's grounds, adhering to safety and environmental regulations, and maintaining a professional appearance for the healthcare system. Interested contractors must submit their quotes by February 12, 2025, and can direct inquiries to Jordan Alonzo at jordan.alonzo@va.gov or by phone at 505-767-6094.
    Grounds Maintenance | Base+4 | Edward Hines, Jr. VA Hospital Building 37 | HINES, IL -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for comprehensive grounds maintenance services at the Edward Hines, Jr. VA Hospital in Hines, Illinois, under solicitation number 36C79125Q0013. The contract includes a base year starting April 1, 2025, with four optional renewal years, and encompasses landscaping, stormwater management, and seasonal snow and ice removal, all while adhering to environmental regulations and safety standards. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to enhancing veteran participation in federal contracting opportunities. Interested vendors must submit their quotations electronically by the specified deadline, and a pre-quote site visit is scheduled for February 3, 2025. For further inquiries, potential bidders can contact Regina Rockwood at regina.rockwood@va.gov or Christopher Seitler at christopher.seitler@va.gov.
    National Memorial Cemetery of the Pacific Facility Support Services
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Facility Support Services at the National Memorial Cemetery of the Pacific in Hawaii, under solicitation number 36C78625Q50134. The procurement aims to maintain the cemetery as a National Shrine, encompassing comprehensive facility and grounds maintenance tasks, including HVAC, building upkeep, lawn care, and debris removal, with a focus on honoring veterans. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price contract with a five-year performance period, starting from April 1, 2025, through March 31, 2030. Interested vendors must submit their proposals by February 28, 2025, and are encouraged to contact Brian Trahan at brian.trahan@va.gov or 510-637-6287 for further information.
    PRESOLICITATION NOTICE ONLY: Grounds Maintenance base year plus 4 option years at the Omaha/Fort McPherson National Cemeteries. -- S208
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for grounds maintenance services at the Omaha and Fort McPherson National Cemeteries, with a contract term consisting of a base year plus four option years. The procurement aims to ensure the upkeep and aesthetic maintenance of these significant sites, which serve as final resting places for veterans and their families. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the NAICS code 561730, and interested parties can reach out to Ralph Crum at ralph.crum@va.gov for further details. The presolicitation notice indicates that the contract will be awarded following the appropriate procurement processes, although specific funding amounts and deadlines have not been disclosed.